Search Contract Opportunities

USDA Forest Service Wildland Fire On-Site Incident Recycling Services   2

ID: 1202SB22Q0004 • Type: Solicitation

Description

Due to technical and system difficulties, this solicitation has been extended until June 8, 2022 at 1700 Pacific.

This solicitation is a Request for Quote (RFQ) prepared in accordance with the format in FAR Subpart 12.3, as supplemented with additional information included in this notice. The solicitation number is 1202SB22Q0004. Acquisition is a total small business set-aside opportunity.

The USDA Forest Service intends for this solicitation to result in multiple award Incident-Blanket Purchase Agreements (I-BPA's) for onsite recycling and waste management services at local/regional/national all-hazard incidents within the following Geographic Area Coordination Center (GACC) areas:

Region 1

Northern Rockies Geographic Area Coordination Center (Missoula, MT)

Region 2

Rocky Mountain Geographic Area Coordination Center (Lakewood, CO)

Region 3

Southwest Geographic Area Coordination Center (Albuquerque, NM)

Region 4

Great Basin Geographic Area Coordination Center (Salt Lake City, UT)

Region 5

Northern California Geographic Area Coordination Center (Redding, CA)

Southern California Geographic Area Coordination Center (Riverside, CA)

Region 6

Northwest Geographic Area Coordination Center (Portland, OR)

Region 8

Southern Geographic Area Coordination Center (Atlanta, GA)

Region 9

Eastern Geographic Area Coordination Center (Milwaukee, WI)

Region 10

Alaska Interagency Geographic Area Coordination Center (Ft. Wainwright, AK)

A map of all Geographic Area Coordination Centers and the states/regions covered can be found here: https://gacc.nifc.gov/

The full scope of work is provided as an attachment and at no-cost. General information describing the On-Site Incident Recycling program can be found at: https://www.fs.usda.gov/managing-land/fire/sustainable-ops/incident-recycling.

Interested parties may choose to respond for all areas or for select areas.

However, vendors must provide a response for all Service Levels (Line Items 1-12).

The vendor(s) will be responsible for all equipment, materials, supplies, transportation, and personnel necessary to meet or exceed the specifications. It is the responsibility of the interested vendor to monitor Contract Opportunities for amendments, changes, or other information pertaining to the solicitation.

The solicitation anticipates award of one or more I-BPA's being awarded on a firm-fixed price basis with a base period of twelve (12) months and two twelve (12) month option periods. Any option years are to be exercised at the Government's discretion. Agreement performance period is for three (3) years.

Award will be made to one or more responsible and responsive offerors whose offer conforms to the requirements of this solicitation. Evaluation of offers is based on a combination of price and other factors as described in Section B.3 Basis of Award.

The estimated start time for this agreement is July 2022.

All responsible sources may submit a quote which, if timely received, shall be considered. Offerors must include the following items (also found in E.1 Instruction to Offerors and E.3 Instruction for Quote Submission and Evaluations) to be deemed a responsible/responsive offeror:

  1. The signed Standard Form 1449, or signed document with the information noted in the Instruction to Offerors
  2. Completed Pricing Schedule. At a minimum, base pricing and mileage rate for all Service Levels the desired coordination centers. (Responses for additional service items are optional.) A full description of Service Level requirements can be found at Section 3.4 of the Performance Work Statement / Solicitation.
  3. Technical Quote directly answering the technical evaluation and past performance factors as outlined in Section B.3.
  4. Electronically mailed (e-mailed) Past Performance Questionnaire(s) sent directly from the reference to Lydia.Moore-Ward@fs.fed.us. The template Past Performance Questionnaire can be found in the solicitation in Section B.3.

Quotes must be submitted no later than 5:00PM Pacific Time, on June 8, 2022, electronically to the following email address: Lydia.Moore-Ward@usda.gov. Submitted quote must be good for 90 days after submission.

The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2022-04, January 30, 2022.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561210, Administrative and Support and Waste Management and Remediation Services, Facilities Support Services, with a small business size standard of $41.5 million.

All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. SAM registration is always free. The official SAM website is: https://www.sam.gov/portal/public/SAM. Lack of registration in the System for Award Management will render an offeror ineligible for award.

Questions/inquiries shall be submitted via email. No phone inquiries will be accepted. Please allow 48 hours for a response, either via email or via amendment (modification) to this solicitation notice. Please note the time frame above and plan accordingly.

Please direct all questions, in writing, to the Contracting Officer, Lydia Moore-Ward, at Lydia.Moore-Ward@usda.gov, or the Technical Point of Contact, Kelly Jaramillo, at Kelly.Jaramillo@usda.gov.

Overview

Response Deadline
June 8, 2022, 8:00 p.m. EDT Past Due
Posted
June 5, 2022, 1:29 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Signs of Shaping
The solicitation is open for 3 days, below average for the Forest Service and it was released over a weekend.
On 6/5/22 Forest Service issued Solicitation 1202SB22Q0004 for USDA Forest Service Wildland Fire On-Site Incident Recycling Services due 6/8/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC F003.
Primary Contact
Name
Lydia Moore-Ward   Profile
Phone
(626) 201-4904

Secondary Contact

Name
Kelly A. Jaramillo   Profile
Phone
None

Documents

Posted documents for Solicitation 1202SB22Q0004

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 1202SB22Q0004

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 1202SB22Q0004

Contract Awards

Prime contracts awarded through Solicitation 1202SB22Q0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 1202SB22Q0004

Similar Active Opportunities

Open contract opportunities similar to Solicitation 1202SB22Q0004

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > FOREST SERVICE > INCIDENT PROCUREMENT EQUIP & SVC BR
FPDS Organization Code
12C2-1202SB
Source Organization Code
500168736
Last Updated
June 23, 2022
Last Updated By
lydia.moore-ward@usda.gov
Archive Date
June 23, 2022